Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
MODIFICATION

Z -- Rebuild Center Runway - Taxiway F

Notice Date
10/29/2004
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron 136 K Avenue Ste 1, Sheppard AFB, TX, 76311-2746
 
ZIP Code
76311-2746
 
Solicitation Number
FA3020-04-R-0049
 
Response Due
11/5/2004
 
Archive Date
11/20/2004
 
Point of Contact
Laura McRee, Contract Specialist, Phone (940) 676-2803, Fax (940) 676-3784, - Mark Snyder, Contracting Officer, Phone (940) 676-5185, Fax (940) 676-2178,
 
E-Mail Address
Laura.McRee@Sheppard.AF.Mil, mark.snyder@sheppard.af.mil
 
Description
FAR Clause 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availabilty, to be confirmed in writing by the Contracting Officer. Project Rebuild Center Runway & Taxiway F, Sheppard Air Force Base, TX will be issued in the near future. Work will consist of furnishing all necessary plant; labor and materials to accomplish the following: 1. The work consists of rebuilding Runway 15C/33C, the center runway at Sheppard Air Force Base, and Taxiway F(E) one of its access taxiways, and additive bid items in accordance with the drawings and specifications. 2. Performance period is 240 calendar days from issuance of the Notice to Proceed. All work on airfield pavements will be conducted only with that feature closed to aircraft traffic. Short duration work, non-destructive work or work that by its nature can be completed without disrupting normal flying training operations shall be accomplished on weekends or Federal holidays outside flying training hours. The Government has made privisions to accommodate a 90-calendar-day shut down period to complete the work. However, due to increases in costs and inefficiencies associated with the shut down, the the Government desires to resume normal flying training operations as quickly as possible. The 90-day shut down will be within the total performance time. 3. The work shall be executed in the best and most workmanlike manner by qualified, careful, and efficient mechanics skilled in the trade. The work shall be in strict accordance with the contract documents and standards of the industry. Only certified journeymen in respective trades, or apprentices under the direct supervision of certified journeymen, will be permitted to install, supervise installation of, or alter or repair electrical systems. Electrical systems include, but are not limited to: electrical wiring, welding, and airfield lighting. A current state or municipal tested and issued electrical license, will be recognized as certification upon approval by the Contracting Officer. License shall be available for Government inspection at the pre-work conference and from electricians at the jobsite throughout contract operations. Prior to the contractor starting the paving work, the Government will require that the contractor attend an on-site, 3-day Airfield Paving Workshop provided by the Government. The contractor will be responsible for travel, lodging, and meal expenses for the workshop attendees. Previous paving work on active runways is required and must be included in past performance information submittals. All work shall be in accordance with the statement of work and drawings. Magnitude of construction project is between $5,000,000 and $10,000,000. Solicitation is being issued for full and open competition. Applicable NAICS code for this project is 237990 with a size standard of $28.5 million dollars. Solicitation and any subsequent amendments will be posted through the electronic posting system (http://eps.gov/). Paper copies will not be provided. Contractors will be solely responsible for monitoring the Internet and obtaining the solicitation documents and any amendments. Interested offerors must ensure they are registered with the Central Contractor Registration (CCR) in order to receive award of a contract. Information to register can be found on the Internet at http://www.ccr.gov/ telephone 1-888-227-2423. Estimated issue date for the solicitation is on or about 30 September 2004. Questions concerning the solicitation must be e-mailed to Laura McRee at laura.mcree@sheppard.af.mil, Estimated proposal due date is on or about 30 October 2004.
 
Place of Performance
Address: 136 K Avenue, Sheppard AFB TX
Zip Code: 76311-2746
Country: USA
 
Record
SN00700851-W 20041031/041029211749 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.